Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2002 FBO #0322
SOURCES SOUGHT

J -- USCGC JEFFERSON ISLAND (WPB-1340) DRY DOCK AND REPAIR

Notice Date
10/18/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
Reference-Number-DDWPB1340
 
Archive Date
10/18/2003
 
Point of Contact
Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Marion Veber, Supervisory Contract Specialist, Phone 757-628-4633, Fax 757-628-4676,
 
E-Mail Address
kbrumfiel@mlca.uscg.mil, mveber@mlca.uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry-dock and repair the USCGC JEFFERSON ISLAND (WPB-1340), a 110 Foot ?C? Class Patrol Boat. The home pier of the USCGC JEFFERSON ISLAND (WPB-1340) is located at 259 High Street in South Portland, ME 04106-0007. The performance period is forty-one (41) calendar days and is expected to begin on or about 16 May 2003 and end on or about 26 June 2003. The scope of the acquisition is for the overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC JEFFERSON ISLAND (WPB-1340). This work includes, but is not limited to: welding repairs; clean and inspect underwater hull and appendages; inspect and renew skeg top plating in engine room; clean fuel and waste oil tanks; remove, inspect, and reinstall propeller shafts; inspect propeller shaft alignments; inspect bronze sleeves in various shaft packing areas; renew water lubricated propeller shaft bearings; remove and reinstall propellers; repair propeller root erosion; inspect MDE exhaust system; clean and inspect heat exchangers; preserve transducer hull ring(s); modify flooding alarm panel; overhaul and renew valves; renew aft berthing head deck; renew ET space joiner panels; re-caulk soft patch; 110 EMI upgrade; inspect and overhaul duplex sea strainers; remove, inspect, and reinstall rudder assemblies and install new motor controllers; overhaul stabilizing fins; preserve bilge areas below fin stabilizers; preserve forward peak tank; preserve forward peak compartment; preserve and disinfect potable water tanks; preserve sewage and grey water collection and holding tanks; preserve underwater body; preserve freeboard; inspect and maintain cathodic protection system; renew capastic fairing; provide temporary messing and berthing; provide temporary logistics; routine dry-docking; install structural reinforcements for potable water tanks; renew anchor teardrop doubler plate; renew QAWT door; install shaft seals; remove insulation and preserve aft steering space; remove insulation and preserve battery space; preserve sewage auxiliary space bilges; and renew floating deck in galley and mess deck. All welding and brazing shall be accomplished only by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to kbrumfiel@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Kevin Brumfiel at (757) 628-4635. In your response please include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by October 28, 2002. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone small business set aside or on an unrestricted basis will be posted in the CBD.
 
Record
SN00190300-W 20021020/021018213243 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.